Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-85-0041 2 3 4 5 5 a 9 10 11 12 13 14 15 16 17 Introduced by Temp.# 3459 Rev. 1 8 85 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R S A RESOLUTION AWARDING A BID FOR ONE VE:IICLE, LIFT - LID #84-28 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on November 14 WHEREAS, bids were advertised in the 198 4, and, Fort Lauderdale News a newspaper of general circulation in Broward County on November 24 and December 1 , 198 4 , and WHEREAS, bids were opened on December 14 , 198 4 , andr WHEREAS, Terry's Auto Supply, Inc. is the lowest fully responsive and responsible bidder. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION I: That the bid of Terryls Auto Supply Inc. r in the amount of $2,995.00 is hereby approved. PASSED, ADOPTED AND APPROVED this_ 'Llday of , 1985.. 20 21 22 MAY^R 23 ATTEST: - 24 a C J ASST. CITY CLERK RECORD OF COUNCIL VOTE .2G I HEREBY CERTIFY that I have 27 i approved the fcvtmand correctness 28 29 30 1 32 33 34 35 36 MAYOR: KR,AVITZ D! N °R'CT4: V11 STZ-IN D1'TC'RiCT3: COO STELZER Du 'i,TRICT2: C/M MUNITZ DISTRICTI: C/M BERNSTEIN CITY OF TAMARAC W-1- j�S- Z/ Fixed price bid Request for Proposal BID NO. _ s4-28 (This is not an order) (All blanks must be Hued in) ITEMS) REQUIRED: CNE VE UCLE I�FT I)SING ACTIVITY: Wt7IAll i :I . �i_. DATE: Oct- 2, 1984 PAGE NO.: 1 Buyer: GRB3 WREK Phone (305) 722- _ MUST BE SUBMITTED� 14, 1984 ON OR BEFORE A.M•re 2:00 P.M. stem standard Too or Eastern Standard Daylight Savings Time as appliGabk. The official tlrtte stun be as feuded on the Date/irmr iecording Cock in the Cfty C @rW* Office. It will be the sole responsibility of the bidder to assure that his proposal reaches the Office of the City ,ieNc, City of 'rantarac on or tWore Closing hour and date shown above. The Legal Advertw"rit, bMiation t0-Bid, General Cmil"j0ns, MWLwhome t0 Bidders. Spacial Cow. motions, Addendumi. and any *her pertirerd docxxnent form a part of this proposal and by referertce are made a par► tteraof. 1N n.00U sloN STATEMENT: The below signed bidder ties not divulged to, discussed W compared his bid with aher bidder$ and has not xgiuded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or gratuities pernMned a arr tth, PmOf to. r d Lists) felivery of materials. Any such violation will teauft in the Cancellation and/or mum of materisls (ds apWAbi ) and TOTME PURCHASING OFFICER OF THE CM OFTAMARAC: We 0), "below signed hereby agree tofurnish the following articles) or seMee(s) %I the prices) and term$ stated aubieCt 10 all instructions, conditions, specifications, and all attachments hereto. We (1) have read all sttachments ncluding the tfpectf"tions and fully understand what is required (By submitting this signed proposal, we n) off icially acoxpt a contract if approved 7y V* City and such accoPtanct COWS svai� for audit to appropriate City all�terms. sppicablesbusineea W nd fttrtancial records pertinent to a reons, of INS Proposal, WW we (1) sulting order or contract.)by agree that we will e AN prices to be quoted F.O.B., Buyers Destination Tatrfarac, F Ws (Delivered at Nte applicable City address indested on" Purchase Ordef.) FAILURE TO OWTE: If you do not quote, please return quotation sheet, state reason thereon end request that your rrme be retained on our Trailing list, otherwise, your name may be removed from our bid mailing lost. Bids are firm for acceptance within 60 days after bid opening dateL"—' yes _no other. 7ERMS: % __I C Days or by of Month (To apply an date of delivery and aceptance of material.) awarded ALL ITEMS BID HEREIN (when applicable), an additional DISCOUNT OF. offered in addition to any terms offered above. C` % DELIVERY: calendar days after receipt of Purchase Order (City reserves the right to consider delivery time as a vital Consideration when making or recommending award). VARIANCES: State anY verietiorts t0 {pat:Nit atiOne. N+me end/W CprrdttiW* in this specs W feterence herein sh variences eonlaorud Ono"? pages of mis PrvpmI Form or in anyt"d artachmsre NO VARIATIONS OR EXCEPTIONS BY A BIDDER WILL BE CONSIDERED OR WILL BE DEEMED TO BE A PART OF THE DID N NOSEPARATE OR CCOMPANYIING DOCUMENTS SS SUCH VARIATION OR LETTERS WILL IE NIS LISTED WITHINTHE 510 CONSIDERED AS INCLUDED��A SUBMITTED BID. NDNTS AND T HE CITY WIL LL N THIS NOT BE BOUND IN ANY MANNER WHATSOEVER BY ANY VARIATION OR EXCEPTION OR LIMITATION NOT SPECIFICALLY LISTED WITHIN THE BID DOCUMENT$ ALLPRICES WALL aE CONSIDERED AS FIRM FOR THE PERIOD INDICATED WrTWN THE BID DOCUMENTS UNLESS A BIDDER TAKES SPECIFIC EXCEPTION THERETO AND LISTS SUCH EXCEPTION WrTHIN THE BID DOCUMENTS AND IIEFERENM IN TE46 COLUMN M no statement as eohtan+ed in this space. It a hereby Wolfed that your bed complies with the full W%* d to Bed arvltatlon. it Purchase Order Payment or Future bids are to be mailed to other than proposer's address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Mall Bids to: fephone No.: W/Aria Cede PROPOSAL- SUBMITTED BY: NAME (Printed): Company: aeoat Registered TfIM In FI JfW Address: SIGNATURE: [ -iA14 t;:rwAosed References APPlkable Its k011ic' l: kwitatio" To Bid — F1 Index of General ProvISIc s Ciouees -IF2 General Provisions - F3 6� _ Telephone No. C�!�'�� ` Indicate Which: Corporation: Partnership: ptetaln one Copy for your files) Fpgyej BIDDERS NOTE: Both sides of this Form require signeturr. SPECIFICATIONS AND BID SCHEDULE Big No. 84-2g Invitation To Bid f OF TAMARAC Date N.W. 88th Avenue arae, Florida 33321 Page N°' of All prices to be quoted F.O.B. Tamarac, Florida, Delivered and unloaded at applicable city destination as indicated below. � The following special condt ions (If chocked) apply to this bid. 7 BIDDERS REQUIREMENT FOR CERTIFIED CHECK OR BID BOND: The City shell require from all Bidders, a certified check or bid bond in the amount of five (S) per cent of the bid, which shall be forfeited to" City in the event the Bidder, to whom the business is awarded, shall fail or refuse to comply with the speclfications of the bid. Checks will be returned promptly to unsuccessful Bidders after award of bid. Failure to submit this bid bond with the bid could cause rejection of the bid. JPERFORMANCE BONDS: The City shall prior to the excution of the contract, require the Bidder to furnish bonds covering the faithful performance of the contract and the psyment of all obligations arising thereunder in such form and amount as the City may prescribe and with such sureties secured through the Bidder's usual sources as may be agreeable to the parties. If such bonds are stipulated, the premiums shall be paid by the Bidder. The Bidder shell deliver the required bonds to the City not later than the date of execution at the contract. UANTITY DESCRIPTION MINIMUM TECHNICAL SPECIFICATIONS FOR ONE VEHICLE LIFT A) BASE BID - UNIT PRICE 'I EXTENDED PRICE Unit required and covered by the specificat on shall be manufacturers latest basic productIr on model with all standard equipment in accordnce with manufacturers latest literature - a coy of which must accompany bid along with necesary specifications to verify unit either meets exceeds said specification. Qualifying bidders will be required to prow de demonstration at our facility at our conven ence. Air or 110 Volt electrical operation only. One year guarantee - parts and labor. Minimum lifting capacity 6,000 lbs. Lifting height minimum 40 inches. Integral overweight relief valves. Integral safety locking features. SaC� C` U o is s et To: Bidders Si ature Date 2 Title C _ presv- -Company Name Address -' `- I BIDDERS NOTE: Both Sides of this form require siSnsisrn.